Request for Proposal No: 289044

Request for Proposal No: 289044

CH2M HILL Plateau Remediation Company

REQUEST FOR PROPOSAL NO: 289044

TITLE: TYPE A 1800-TL CONTAINER

May 18, 2016

Dear Prospective Offeror:

Request for Proposal No: 289044

CH2M HILL Plateau Remediation Company (CHPRC) is interested in receiving proposals for the DESIGN, FABRICATION AND DELIVERY OF DOT SPECIFICATION 7A, TYPE A 1800-TL CONTAINERSin support of the Plutonium Finishing Plant Project, Richland, Washington, under Prime Contract DE-AC06-08RL14788 with the U.S. Department of Energy.

This solicitation is a full and open competitive procurement and has been posted on the CHPRC external website at the following link: intent of this RFP is to issue one (1) Firm Fixed Price type Contract Release to one offeror for the services associated with the “DOT Specification 7A Type A Container” scope of work.

This procurement action will utilize the Supply Chain Management Center (SCMC) eSourcing Tool and is further described in the attached Request for Proposal (RFP).

Please make note of the important solicitation schedule dates below:

Notice of Intent to Propose:May 24, 2016, 2:00 PM (PST)

Questions Due:May 31, 2016, 2:00 PM (PST)

E-Source Event:June 7, 2016, 10:00 AM (PST)

Proposals Due:June 7, 2016, 12:00 PM (PST)

Anticipated Award DateJune 16, 2016

Information regarding the product or services required and instructions for the preparation and submission of proposals are contained in the attached Request for Proposal (RFP).

If you have questions about the solicitation process or require additional clarification, please do not hesitate to contact the undersigned below.

Sincerely,

Carl Shaw, Contract Specialist

CHPRC Procurement

PH: 509-376-5504, email

Format Rev Date 3/15/05

Text Rev Date 05/09/13

CH2M HILL Plateau Remediation Company

REQUEST FOR PROPOSAL NO: 289044

TITLE: TYPE A 1800-TL CONTAINER

TABLE OF CONTENTS

SECTION A – REQUEST FOR PROPOSAL

1.0INTRODUCTION

2.0BASIS OF AWARD

2.1Acceptance or Rejection of Proposals

2.2Responsiveness Determination

2.3Proposal Costs

2.4Award Notification

3.0PROPOSAL PREPARATION INSTRUCTIONS

3.1Proposal Content

3.2Volume I – Technical Proposal

3.3Volume II – Cost/Price and Contractual Proposal (Optional)

3.4Offeror’s Acceptance

3.5Exceptions to Technical Requirements and Other Terms and Conditions

3.6Proposal Validity Period

4.0QUALIFICATIon standards

4.1Cost/Price

5.0PROPOSAL SUBMITTAL DIRECTIONS

5.1Notification of Intent to Propose and ROM

5.2Deadline

5.3Submittal Address

5.4Withdrawal

5.5Questions and Comments Regarding the RFP

5.6RFP Amendments

6.0NOTICES TO OFFERORS

6.1Anticipated Award Date

6.2Precedence of Requirements

6.3North American Industry Classification System (NAICS) Code and Size Standard

6.4Identification of Proprietary Data

6.5Certified Cost or Pricing Data

6.6Financial Capability Determination Information

6.7Subcontracting

6.8Subcontracting Plan

6.9Ship to Address

6.10Required Price Support Information

6.11Requirements for Supporting Price Information or Certified Cost or Pricing Data

6.12Buy American Act

6.13Cost Accounting Standards Notices and Certification

6.14Facilities Capital Cost of Money

SECTION B – RFP ATTACHMENTS

1.0ATTACHMENT 1 - Pricing Template

2.0Attachment 2 – Special Provisions – Reps and Certs

SECTION C – 4 PART DRAFT CONTRACT

1.0ATTACHMENT 3 – 4 PART DRAFT CONTRACT

Acronyms

BTRBuyer’s Technical Representative

DOEDepartment of Energy

NAICSNorth American Industry Classification System

QAQuality Assurance

RFPRequest for Proposal

SOWStatement of Work

CHPRCCH2M HILL Plateau Remediation Company

SECTION A – REQUEST FOR PROPOSAL

1.0INTRODUCTION

CH2M HILL Plateau Remediation Company (CHPRC) acting under its contract with the Department of Energy, requests you to submit a proposal for a Firm Fixed Unit Price type of contract to design and buildthreeDOT Specification 7 A, Type A, 1800-TL Containers.This Section A describes the basis of award, proposal submittal requirements, proposal instructions, and notices to Offerors. Section B contains the Representations and Certifications which Offerors are to complete, sign and return with their proposal and other documents which are attachments. Section C is the Draft Contract, which is in an accompanying file. Itcontains:

  • Part I – Statement of Work
  • Part II - Financial Terms
  • Part III – General Terms and Attachments
  • Part IV – Special Provisions

CHPRC may determine that any proposal not submitted in accordance with this Request for Proposal (RFP) is non-responsive and reject the proposal.

This Solicitation requires all Contractors submitting proposals to access the Supply Chain Management Center (SCMC) eSourcing Tool. The SCMC eSourcing Tool is being implemented at CHPRC and is designed to efficiently collect information in a central location. The eSource Event will be a one-time bid where Offerors will submit their proposal pricing within the established eSource Event time frame. Events typically last 15-30 minutes.

Upon receipt of Contractor’s notification of intent to propose CHPRC will provide the Contractor an email notification with a link to the SCMC eSourcing event including access instructions. Contractor will be afforded the opportunity to preview the application and place pricing information prior to the commencement of an event. This preview phase is called the pre-bid period. At the conclusion of the pre-bid period, the eSourcing event will commence and the Contractor should review their submitted price to ensure it is compliant with requirements. The eSourcing Tool will be utilized for posting of offerors proposals and the Buyer will analyze the Offeror’s pricing and rank the price among the prices of other Offerors.

The tool will not disclose the Contractor’s proposed price to other Contractor’s nor will it disclose the lowest proposed price.

This Solicitation and resultant award is considered a negotiated procurement. Submitting the lowest priced proposal does not guarantee award. CHPRC must complete a full evaluation of the submitted proposals prior to making an award determination. CHPRC reserves the right to conduct negotiations prior to award or to award a Subcontract based upon initial Contractor’soffer without further discussions. In the unlikely event of a discrepancy among any of the Contractor’s documents or information submitted through the eSourcing website, the information received and confirmed by CHPRC shall govern.

NOTE: Following the eSource Event, the Contractors are required to submit their proposals (see 3.0 Proposal Preparations Instructions below) in electronic form (pdf) within two (2) hours of the completion of the eSource Event.

2.0BASIS OF AWARD

CHPRC intends to award one contract as a result of this RFP to the responsible offeror whose offer conforms to the requirements of this solicitation and is determined to be technically acceptable.

Award of this solicitation will be made to the responsive, and responsible offeror with the lowest evaluated price. In evaluation of offers received, an evaluation preference will be afforded offerors classified as HUBZone or Service Disabled Veteran Owned by the Small Business Administration. The evaluation preference of 10% will be included when evaluating competing offers from large businesses.

2.1Acceptance or Rejection of Proposals

CHPRC reserves the right to accept or reject any proposal with or without prior discussion with the Offeror. CHPRC may:

  • award a contract on the basis of proposals received without discussions with Offerors (therefore, initial proposals should be submitted with the most favorable technical and price terms);
  • select one or more Offerors to negotiate with;
  • reject any or all proposals received;
  • issue a request for new proposals; or
  • cancel the RFP without awarding a contract.

2.2Responsiveness Determination

CHPRC will determine if the offeror is responsive to CHPRC requirements and eligible for award. This evaluation may include, but is not limited to, information gathered from other sources including safety performance, financial stability and past performance for CHPRC or other customers. The determination may be made at any time by CHPRC without additional questions or revision. CHPRC may waive minor informalities and irregularities in offers received.

2.3Proposal Costs

CHPRC is under no obligation to pay proposal preparation costs.

2.4Award Notification

CHPRC will notify all of the Offerors after CHPRC selects an Offeror for award. There will be no public opening of proposals.

3.0PROPOSAL PREPARATION INSTRUCTIONS

Organize the proposal as described in the following sections.

Proposal must clearly and convincingly demonstrate that the offeror has a thorough understanding of and will be able to perform the proposed contract successfully. For technical work, describe the proposed technical approach including assumptions and supporting detail. Unsupported, unclear, or inconsistent statements about offeror’s proposed performance and compliance with all contract requirements may be determined as non-responsive.

Do not submit generic brochures or other marketing materials which do not specifically relate to the proposal.

3.1Proposal Content

Offeror’s proposal must contain information sufficient to demonstrate an understanding of the requirements and offeror’s ability to perform successfully as proposed. Offerors who submit proposals which are unclear or incomplete may be judged non-responsive and dropped from further consideration for this award. Simply repeating the statement of work requirements or merely offering to perform the work may result in a lower evaluation or the offer being judged non-responsive to the requirements and dropped from further consideration

Proposals shall be organized in the manner listed in Sections 3.2-3.3 below. Each volume of the proposal shall be separate and complete. Omit all cost or pricing details from the technical proposal. Where estimated labor hours will provide clarity, propose them as hours only with no indication of price in the technical proposal.

The following documents make up a complete proposal package:

3.2Volume I – Technical Proposal

Volume I shall consist of the Offeror’s discussion that addresses the qualification standards, the Offeror’s capabilities, and what the Offeror will do to satisfy the requirements of the solicitation (section 4.0).

The Offeror must submit an original and one copy of this volume.

3.3Volume II – Cost/Price Proposal

Volume II shall consist of the Offeror’s proposed pricing as instructed in the RFP pricing instructions. If a price sheet is included in the RFP below or as an attachment, the Offeror must complete the sheet as formatted. If a price sheet is not attached, the Offeror may submit their cost/price proposal in a format of their choosing. All pricing assumptions shall be clearly stated to allow a reviewer to assess the potential cost risks associated with the proposed design. Offeror is to include a signed Representations and Certifications (SP-16) with the proposal. To obtain the form, click on the link to SP-16 in Section B.

NOTE: If desired, the Offeror may submit a Proposed Payment Schedule which is aligned with the line items of the pricing template and the milestones of the baseline schedule.

The Offeror must submit an original and one copy of this volume.

3.4Offeror’s Acceptance

The contract, if any, resulting from this RFP will be substantially the same as the draft contract that is contained in the accompanying file. Unless otherwise noted by the Offeror in its proposal, Offeror’s submission of a proposal signifies the Offeror’s unqualified acceptance of all of the technical requirements and other terms and conditions that are contained and referenced in this RFP and the accompanying draft contract file. Interpretations established by the Offeror to any part of this RFP may be considered an exception, and may render the proposal being considered non-responsive and dropped from evaluation and award considerations.

3.5Exceptions to Technical Requirements and Other Terms and Conditions

The Offeror shall describe any exceptions to the technical requirements and other terms and conditions of the sample contract on which the Offeror’s proposal is based. Offerors are notified that CHPRC considers the Offeror’s compliance with the technical requirements and terms and conditions of the accompanying draft contract to be essential. In case of doubt, Offeror should request clarification from CHPRC. If the Offeror takes any exceptions to the requirements of the RFP, the pricing shall be based on the requirements of the RFP and the exception(s) priced as alternates. If the Offeror’s proposal is based only on the proposed exceptions, CHPRC may determine that the proposal is non-responsive.

3.6Proposal Validity Period

A proposal shall remain firm for60 days after the proposal due date.

4.0QUALIFICATIonstandards

CHPRC has established the following qualification standards that must be fully met in order for an Offeror to be considered for award. It is CHPRC’s policy to offer the opportunity to compete for its procurements as is reasonably and economically feasible. However, those potential Offerors who do not already possess the capability to meet the qualifications standards are encouraged not to incur proposal and other expenses involved in competitive submissions.

  1. Qualification Standard 1 - The Offeror shall have the technical knowledge to demonstrate thecapability to perform the work.
  • Required Submittals - As evidence of meeting this requirement, the Offeror shall provide a detailed description of the technical approach for accomplishing the following work elements as described in the Statement of Work:
  • Design
  • Fabrication
  1. Qualification Standard 2 - The Offeror shall havethe past experience necessary to demonstrate capability to successfully perform and complete the work.
  • Required Submittals – As evidence of meeting this requirement, the Offeror shall furnish three (3) references for previous (dating back to 5 years) and current projects. References shall include the following current and up-to-date information for each specific reference. Note: Information gained elsewhere by CHPRC can also be used as part of the evaluation.
  • Client Name and Address
  • Client Technical Point of Contact and phone number
  • Contract Number
  • Brief Description of Work Scope
  • Contract Type
  • Period of Performance
  • Original Contract Value $<insert value>
  • Final Contract Value $<insert value>

If these latter two amounts are different, provide a brief explanation for the difference.

  1. Qualification Standard 3 - The Offeror shall demonstrate the capability to manage the work and the work sequencing within the period of performance.
  • Required Submittals – As evidence of meeting this requirement, the Offeror shall provide a baseline schedule including but not limited to,the following key activities for the duration of the contract:
  • Design
  • Fabrication
  • Delivery
  • Cost/Price

CHPRC will analyze the Offeror’s pricing and rank the price among the prices of other Offerors. Award will be made to the Offeror, which has the lowest price, is technically acceptable and can meet project schedule needs.

Offeror is to submit the following information:

  • Completed pricing template
  • Proposed Payment Schedule (Optional): If desired, Offeror may propose a milestone payment schedule which is aligned with the pricing template items and the activity lines of the baseline schedule and attach it to Section B. (If not proposed, payment schedule will be in accordance with the Draft 4 Part Contract, Part II, Section 2.0)
  • CHPRC encourages offeror to provide a prompt payment discount.

5.0PROPOSAL SUBMITTAL DIRECTIONS

5.1Notification of Intent to Propose

CHPRC requests that a prospective Offeror notify CHPRC in writing by 2:00 p.m. (PST) on May 24, 2016 indicating that the Offeror intends to submit a proposal in response to this RFP. The Offeror may transmit the notification to the Contract Specialist via e-mail or fax.

5.2Deadline

Proposals are due by12:00 PM(PST) on June 7, 2016. CHPRC reserves the right to reject any proposal received after the deadline.

5.3Submittal Address

Identify the package containing the proposal as “Proposal in Response to RFP 289044”.

Address a proposal sent via the U.S. Postal Service to:

CH2M HILL Plateau Remediation Company

Carl Shaw, MSINH8-42

P.O. Box 1600

Richland, WA993521000

Address a proposal sent via another delivery service to:

CH2M HILL Plateau Remediation Company

Carl Shaw, MSIN H8-42

2355 Stevens Drive

Richland, WA 99352

Address a proposal delivered by hand to:

CH2M HILL Plateau Remediation Company

Attn: Carl Shaw, Room 376

2420 Stevens Center Place

Richland, WA 99354

Recommend you state your preferred delivery method (i.e., e-mail or hand delivery) and the number of copies.

The Contract Specialist’s telephone number is 509-376-5504, the fax number is509-376-7384, and the e-mail address is . The Offeror may contact the Contract Specialist to verify that the Contract Specialist received the proposal.

5.4Withdrawal

Proposals may be withdrawn by written notice received by the Contract Specialist at any time prior to award.

5.5Questions and Comments Regarding the RFP

The Offeror shall submit any comments or questions regarding the RFP to the Contract Specialist in writing no later than May 31, 2016. The Offeror may transmit questions and comments via e-mail. CHPRC will answer all questions in writing and provide a copy of all questions and answers to all Offerors. If the RFP requires an amendment to resolve issues regarding the RFP, CHPRC will issue an amendment to those Offerors who have not declined to participate in time for them to consider the amendment(s) before finalizing and submitting their proposals.

5.6RFP Amendments

If this RFP is amended, unless otherwise stated, all terms and conditions that are not modified will remain unchanged. The Offeror shall acknowledge receipt of all amendments by stating in the proposal that the Offeror has received the amendment(s) and has considered it/them in formulating the proposal.

6.0NOTICES TO OFFERORS

6.1Anticipated Award Date

The anticipated award date for this RFP isJune 16, 2016.

6.2Precedence of Requirements

In the event of a conflict among the provisions, the RFP instructions, the RFP correspondence, other documents and the resulting contract, the terms of the contract shall govern.

6.3North American Industry Classification System (NAICS) Code and Size Standard

CHPRC has determined that North American Industry Classification System (NAICS) Code 332439 applies to this acquisition. Therefore, the size standard for number of employees in determining whether an Offeror is a small business in regard to this acquisition is 500.

6.4Identification of Proprietary Data

If the Offeror submits any data as part of their Proposal, which is considered by the Offeror to be “proprietary data”, the document transmitting the data or which contains the data, shall be boldly marked indicating that the data included are considered to be proprietary. To the extent that the restrictive marking prevents CHPRC from distributing the documents for evaluation or use, the marking may render the proposal non-responsive.

6.5Certified Cost or Pricing Data

The Offeror is not required to provide certified cost or pricing data. However, CHPRC may require the Offeror to provide certified and/or non-certified cost or pricing data prior to award if CHPRC cannot determine that the acquisition is exempt from the requirements of PL 87-653 (10 USC Sec. 2306a).